Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2011 FBO #3659
MODIFICATION

R -- C-5 Antiskid Control Unit (ACU) Replacement Program

Notice Date
11/29/2011
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXB, 6038 Aspen Ave (Bldg 1289), Hill AFB, Utah, 84056
 
ZIP Code
84056
 
Solicitation Number
FA8211-12-R-3000
 
Archive Date
8/15/2012
 
Point of Contact
Christine E. Fukuda, Phone: 8017776466, Kodi Davis, Phone: 8015864199
 
E-Mail Address
christine.fukuda@hill.af.mil, kodi.davis@hill.af.mil
(christine.fukuda@hill.af.mil, kodi.davis@hill.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a synopsis is for the C-5 Anti-Skid System Upgrade effort. The antiskid system used on the C-5 aircraft requires an upgrade for improved maintainability and functionality, the Air Force needs to provide a replacement antiskid controller for this aircraft. The new system shall resolve antiskid maintenance and functionality issues in a cost effective and timely manner, and be compatible with the existing aircraft. The offeror shall develop, qualify, support airworthiness certification, and produce retrofit production quantities of a new C-5 antiskid control unit that incorporates the requirements outlined in the Performance Specification. The Government anticipates issuing a single award contract. The duration of this contract is anticipated November 2011 through September 2016. The Contract will be a Full and open competitively awarded and is fixed-price. The solicitation will be posted to FBO with the same number at this notice. Once formal Request for Proposal is issued, all responsible sources may submit a response which, if received timely, must be considered by the agency. The Government reserves the right to cancel this notice at any time. Foreign participation is permitted at the prime contractor level. For previous postings regarding this requirement, please refer to the sources sought synopsis FA8251-10-C5-ASUF-C-5 and FA8251-11-C-ASSIRD previously posted in FBO. For this and all future postings, please refer to solicitation number FA8211-12-R-3000. The Government requests Industry to review and provide feedback/questions. Below are current questions and answers: 1. Does the current C5 Anti skid system comprise a side slip protection control, intended to prevent the aircraft to slide away from the runway? ANSWER : The current system does not have slide slip protection control. This system releases brake pressure long before allowing the forward tire slip to reach a level where side forces will cause side tire slip. This is a very conservative method of reducing forward tire slip, but will also greatly reduce the efficiency of the antiskid system (prematurely releasing brake pressure). 2. If the current system doesn't have the side slip control, is it a requirement for the proposed system? If it is not a firm requirement, is it still a desirable added feature? ANSWER : Side slip protection control is an understood feature for modern antiskid systems, and not a stand-alone requirement. Therefore, it will be evaluated as we evaluate the general knowledge and capability of the supplier to design an antiskid control unit. The antiskid algorithm is required to be more efficient by tightly controlling the brake pressure very close to the tire slip threshold. By not allowing the tire to slip in the forward direction, the tire is able to withstand side forces and not slip in side directions. 3. Could the proposed system be provided with the actual aircraft ground speed data? ANSWER : The proposed system is required to be plug-and-play with the existing wiring, only adding wiring for pressure transducers as per the released performance specification (PS). Ground speed is provided to the current system via the 24 wheel speed sensors, also described in the PS. 4. Concerning the requirement for equal distribution of the dissipated energy, we would like to know if equal energy distribution should be kept between the brakes included in each landing gear, or, the requirement also covers equal energy dissipation between the brakes of each pair- left and right landing gears or between the brakes of all 4 landing gears? ANSWER: The purpose of equal distribution of brake energy is to balance energy between all brakes of the entire aircraft, thus mitigating the issue of the current system with overheating brakes. 5. One of the postings, sounded like it would go to General Atomics as essentially a sole source. The new posting ( FA8211-12-R-3000) sounded like it will be full and open competition. Can you let me know what the story is? ANSWER : Any past reference to General Atomics, should reflect that they will be the integrator of this project. The actual C-5 Antiskid Control Unit (ACU) Replacement Program will be full and open competition. Please continue to monitor FA8211-12-R-3000 for any further updates and postings. 6. Foreign Interest in FA8211-12-R-3000, request information be directly sent to requestors. ANSWER: The Government will Post all items relevant to any future RFP or request on the FBO website. The Government will not be able to make any special accommodations to Foreign offerors. All potential offerors will have the same access to all information via FA8211-12-R-3000 postings. 7. Contractor suggests, when the next "stage" solicitation is released, relative to previous RFI's FA8251-10-C5-ASUF and FA8251-11-C5-ASSIRD, that FAR 52.227-1 ALT.1 be engaged. ANSWER : The Government will review all necessary clauses and contract suggestions when creating the model contract. 8. Contractor(s) requesting updated schedule of release of Draft RFP and Releasable RFP. ANSWER : The Government is working diligently to get draft documents posted as soon as they are available. The Releasable RFP will be posted to FBO once it has been reviewed through the proper channels and is a releasable package. The government intends to use a 30 days proposal return time frame.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8211-12-R-3000/listing.html)
 
Place of Performance
Address: Contractor Site, United States
 
Record
SN02629951-W 20111201/111129234204-4279202b84951a768c617476b8982870 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.